{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0550e3-2026-04-09T16:50:03+01:00",
    "date": "2026-04-09T16:50:03+01:00",
    "ocid": "ocds-h6vhtk-0550e3",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "034054-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034054-2025",
                "datePublished": "2025-06-20T13:02:05+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PWXD-5991-LZZP",
            "name": "Ofgem",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWXD-5991-LZZP"
            },
            "address": {
                "streetAddress": "10 South Colonnade",
                "locality": "London",
                "postalCode": "E14 4PU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "name": "Rebecca Green",
                "email": "procurement2@ofgem.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ofgem.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWXD-5991-LZZP",
        "name": "Ofgem"
    },
    "tender": {
        "id": "2024-133",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "2024-133 RIIO-3 Independent Technical Adviser",
        "description": "Ofgem is seeking to appoint up to three organisations to fulfil the role of Independent Technical Adviser (ITA) as part of a framework agreement. The ITA will be an independent body responsible for providing assurance to Ofgem on the design, procurement, cost and overall delivery of selected load-related projects across all electricity Transmission Owners (TOs). The objective of ITA assurance is to support enhanced and accelerated regulatory decision-making and processes. Further information can be found in the attached ITT document.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2031-06-29T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 25000000,
                    "amount": 20833333,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Assessment of the quality of the tender response in accordance with the evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Assessment of price in accordance with the commercial evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Assessment of the quality of the tender response in accordance with the evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Assessment of price in accordance with the commercial evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Assessment of the quality of the tender response in accordance with the evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Assessment of price in accordance with the commercial evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Participation is open to economic operators that are legally constituted and able to enter into a legally binding contract with Ofgem. Suppliers must not be subject to any mandatory or discretionary exclusion grounds under applicable procurement legislation. Legal standing will be assessed via the Procurement Specific Questionnaire. Suppliers must demonstrate appropriate financial standing and economic capacity to deliver the services. Financial standing will be assessed as part of the Procurement Specific Questionnaire and may include financial and credit checks undertaken by Ofgem."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers must demonstrate appropriate technical capability and experience to deliver independent technical and cost assurance services for major electricity transmission infrastructure projects. This includes the ability to provide assurance across design, procurement, cost and delivery, and to resource work flexibly across multiple projects where required. Technical capability will be assessed as part of the Procurement Specific Questionnaire and the tender evaluation process."
                        },
                        {
                            "type": "economic",
                            "description": "Participation is open to economic operators that are legally constituted and able to enter into a legally binding contract with Ofgem. Suppliers must not be subject to any mandatory or discretionary exclusion grounds under applicable procurement legislation. Legal standing will be assessed via the Procurement Specific Questionnaire. Suppliers must demonstrate appropriate financial standing and economic capacity to deliver the services. Financial standing will be assessed as part of the Procurement Specific Questionnaire and may include financial and credit checks undertaken by Ofgem."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers must demonstrate appropriate technical capability and experience to deliver independent technical and cost assurance services for major electricity transmission infrastructure projects. This includes the ability to provide assurance across design, procurement, cost and delivery, and to resource work flexibly across multiple projects where required. Technical capability will be assessed as part of the Procurement Specific Questionnaire and the tender evaluation process."
                        },
                        {
                            "type": "economic",
                            "description": "Participation is open to economic operators that are legally constituted and able to enter into a legally binding contract with Ofgem. Suppliers must not be subject to any mandatory or discretionary exclusion grounds under applicable procurement legislation. Legal standing will be assessed via the Procurement Specific Questionnaire. Suppliers must demonstrate appropriate financial standing and economic capacity to deliver the services. Financial standing will be assessed as part of the Procurement Specific Questionnaire and may include financial and credit checks undertaken by Ofgem."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers must demonstrate appropriate technical capability and experience to deliver independent technical and cost assurance services for major electricity transmission infrastructure projects. This includes the ability to provide assurance across design, procurement, cost and delivery, and to resource work flexibly across multiple projects where required. Technical capability will be assessed as part of the Procurement Specific Questionnaire and the tender evaluation process."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-28T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 25000000,
            "amount": 20833333,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "method": "withAndWithoutReopeningCompetition",
                "periodRationale": "Ofgem are looking to operate a Framework Agreement that will have a duration of five years as opposed to four, with the later typical under the Procurement Act 2023. Given the nature of the services required of the ITA means that a longer term is required. This is because aligning closely with the RIIO-3 price control term length (eg RIIO-3 April 2026-March 2031) offers practical benefits to the services being provided by the ITA, primarily, improved clarity to relevant stakeholders regarding what can be expected across the entire price control.",
                "type": "closed",
                "description": "The framework will operate on a call-off basis for the duration of the framework term. Call-off contracts will be awarded in accordance with the framework agreement and applicable public procurement legislation. Prices will be based on the daily rates submitted by suppliers as part of their tender and evaluated at framework award stage. Call-off contracts will be awarded in accordance with the framework agreement, either by direct award or following a further competition, with pricing determined by the applicable framework rates and the requirements of the individual call-off."
            }
        },
        "submissionMethodDetails": "Via www.mytenders.co.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-20T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-20T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-28T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=632918"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "017065-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017065-2026",
                "datePublished": "2026-02-25T16:12:16Z",
                "format": "text/html"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=632918"
            },
            {
                "id": "028673-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028673-2026",
                "datePublished": "2026-03-27T15:42:41Z",
                "format": "text/html"
            },
            {
                "id": "032595-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032595-2026",
                "datePublished": "2026-04-09T16:50:03+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment will be made in accordance with the framework agreement and applicable call-off contracts. Charges shall be based on the agreed daily rates submitted by the supplier at tender stage and applied in line with the requirements of the relevant call-off. Payment will be subject to the satisfactory delivery of services and submission of valid invoices in accordance with the contract terms. Further details of invoicing, payment timing and any reporting requirements are set out in the framework and call-off contract documentation."
        },
        "riskDetails": "Key risks to the successful delivery of the contract include: * Availability and retention of suitably skilled and experienced resources over the contract period; * Conflicts of interest arising from suppliers' wider market activities and relationships with Transmission Owners or their supply chains; * The variable and evolving nature of the scope of work across RIIO-3, including changes in project eligibility, volume and timing; * Dependence on timely provision of information and cooperation from third parties, including Transmission Owners; and * The complexity and scale of electricity transmission projects, which may impact delivery timelines and assurance activities. These risks will be managed through contractual controls, governance arrangements, reporting requirements and performance management mechanisms as set out in the framework and call-off contracts.",
        "amendments": [
            {
                "id": "028673-2026",
                "description": "Change to the tender submission date from 07 April 2026 at 12 noon to 14 April 2026 at 12 noon"
            },
            {
                "id": "032595-2026",
                "description": "Due to issues with the mytender system, uploaded documents added to the notice are not showing. Mytenders are aware and looking in to this. Thererfore, to allow time for bidders to review these documents, the closing date is being pushed back a week with the view that the system has been fixed by Monday to allow the document to show. To note for bidders, the changes to the terms are minimal and likely will not result in fundamental changes needed to be made to bids."
            }
        ]
    },
    "language": "en"
}